Award

MTC for Swimming / Hydrotherapy Pools and Ancillary Equipment; Servicing & Maintenance 2024 - 2026 (HO PM 23 084)

NORTH LANARKSHIRE COUNCIL

This public procurement record has 4 releases in its history.

Award

12 Jun 2024 at 12:28

Tender

13 Dec 2023 at 16:21

Award

31 Mar 2023 at 09:35

Tender

19 Oct 2022 at 07:49

Summary of the contracting process

The North Lanarkshire Council has recently finalised an open tender process for a Maintenance & Repair Services contract related to Swimming / Hydrotherapy Pools and Ancillary Equipment. The contract covers a range of properties and leisure facilities within North Lanarkshire. The tender involved quality assessment criteria such as End User Satisfaction, Programme Adherence, Health & Safety, Fair Work First, Community Benefits, and price evaluation. The main procurement category is services, and the total contract value is £350,000. The submission deadline for questions was January 10th, 2024.

This tender opportunity provides a chance for companies in the repair and maintenance services industry, particularly those specialising in swimming pool facilities, to engage with North Lanarkshire Council. The contract involves cyclical inspections, servicing, and ongoing maintenance, creating potential for long-term partnerships and business growth. Suppliers are encouraged to review the specific requirements outlined in the Invitation to Tender documentation and ensure compliance with the quality criteria to maximise their chances of success in the procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

MTC for Swimming / Hydrotherapy Pools and Ancillary Equipment; Servicing & Maintenance 2024 - 2026 (HO PM 23 084)

Notice Description

North Lanarkshire Council wishes to establish a Contract for the provision of cyclical inspection and servicing of Swimming / Hydrotherapy Pool Plant, and ongoing maintenance and repairs of Swimming / Hydrotherapy Pools and Ancillary Equipment at various corporate properties and leisure facilities throughout the geographical area of North Lanarkshire Council.

Lot Information

Lot 1

North Lanarkshire Council wishes to establish a Contract for the provision of cyclical inspection and servicing of Swimming & Hydrotherapy Pool Plant, and ongoing maintenance and repairs of Swimming / Hydrotherapy Pools and Ancillary Equipment at various corporate properties and leisure facilities throughout the geographical area of North Lanarkshire Council as per Asset List, providing detailed reports with recommendation, all subject to the issue of Orders from the CA. - The detailed scope of the works is indicated by the Specification and descriptive items in the Schedule of Rates instructed as Orders under the Contract. Additional information: Candidates should read and refer to the ITT. - Failure to comply with the ITT instructions may result in a Candidate's submission being rejected. - Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. - DEADLINE FOR QUESTIONS IS WEDNESDAY 10th JANUARY 2024 AT 17:00.

Renewal: 2025 if extension period NOT utilised or 2026 if extension period IS utilised.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0376d6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018182-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories

43 - Machinery for mining, quarrying, construction equipment

45 - Construction work

50 - Repair and maintenance services


CPV Codes

37416000 - Leisure equipment

43324100 - Equipment for swimming pools

45212100 - Construction work of leisure facilities

45212110 - Leisure centre construction work

45212212 - Construction work for swimming pool

45212290 - Repair and maintenance work in connection with sports facilities

45242000 - Waterside leisure facilities construction work

45259000 - Repair and maintenance of plant

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£350,000 £100K-£500K
Lots Value
£350,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£350,000 £100K-£500K

Notice Dates

Publication Date
12 Jun 20241 years ago
Submission Deadline
17 Jan 2024Expired
Future Notice Date
Not specified
Award Date
14 Mar 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
2026 if extension periods ARE utilised or 2025 if extension periods are NOT utilised

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
contractstrategy@northlan.gov.uk
Contact Phone
+44 1698403876

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

AQUATEQ POOLS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0376d6-2024-06-12T13:28:09+01:00",
    "date": "2024-06-12T13:28:09+01:00",
    "ocid": "ocds-h6vhtk-0376d6",
    "description": "The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information. - Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS. Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition. - The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Bidder then the Bidder must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 \"Checklist of Required Documents\" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant. - Quality Questions - Minimum Score - If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant. - BIDDERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland. The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all bidders. (SC Ref:769265)",
    "initiationType": "tender",
    "tender": {
        "id": "HO PM 23 084 / NLC-SLP-23-100",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "MTC for Swimming / Hydrotherapy Pools and Ancillary Equipment; Servicing & Maintenance 2024 - 2026 (HO PM 23 084)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "North Lanarkshire Council wishes to establish a Contract for the provision of cyclical inspection and servicing of Swimming / Hydrotherapy Pool Plant, and ongoing maintenance and repairs of Swimming / Hydrotherapy Pools and Ancillary Equipment at various corporate properties and leisure facilities throughout the geographical area of North Lanarkshire Council.",
        "value": {
            "amount": 350000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "North Lanarkshire Council wishes to establish a Contract for the provision of cyclical inspection and servicing of Swimming & Hydrotherapy Pool Plant, and ongoing maintenance and repairs of Swimming / Hydrotherapy Pools and Ancillary Equipment at various corporate properties and leisure facilities throughout the geographical area of North Lanarkshire Council as per Asset List, providing detailed reports with recommendation, all subject to the issue of Orders from the CA. - The detailed scope of the works is indicated by the Specification and descriptive items in the Schedule of Rates instructed as Orders under the Contract. Additional information: Candidates should read and refer to the ITT. - Failure to comply with the ITT instructions may result in a Candidate's submission being rejected. - Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. - DEADLINE FOR QUESTIONS IS WEDNESDAY 10th JANUARY 2024 AT 17:00.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "End User Satisfaction",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Programme Adherence",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Health & Safety and Environmental",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Community Benefits Offered for the minimum contract period of 10 months",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Community Benefits Offered for the duration of the possible 3 month extension periods (up to 12 months)",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Community Benefits Supporting Methodologies",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 350000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2025 if extension period NOT utilised or 2026 if extension period IS utilised."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45212212",
                        "description": "Construction work for swimming pool"
                    },
                    {
                        "scheme": "CPV",
                        "id": "43324100",
                        "description": "Equipment for swimming pools"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45212290",
                        "description": "Repair and maintenance work in connection with sports facilities"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45259000",
                        "description": "Repair and maintenance of plant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45212100",
                        "description": "Construction work of leisure facilities"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45242000",
                        "description": "Waterside leisure facilities construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45212110",
                        "description": "Leisure centre construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "37416000",
                        "description": "Leisure equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various Corporate properties and Leisure facilities within geographical area of North Lanarkshire Council"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD (Scotland) 4A.1 - Bidders must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) regulations 2015. - SPD (Scotland) 4A.1 - Within the Qualification Envelope, Bidder's should provide a response confirming that they are on a relevant trade register i.e. Companies House and provide their Company Registration Number. Bidders identified for appointment to the contract may be required to provide evidence that demonstrates they are registered on Companies House.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available. The Acid Test financial ratio will be calculated as follows: Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities - - SPD (Scotland) 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: - - Employer's (Compulsory) Liability Insurance - minimum 10m GBP (TEN MILLION POUNDS STERLING) for each and every claim - Public Liability - minimum 10m GBP (TENMILLION POUNDS STERLING) for each and every claim - Product Liability - minimum 10m GBP (TENMILLION POUNDS STERLING) in the aggregate",
                    "minimum": "SPD (Scotland) 4B.4 - The Acid Test (or Quick Ratio) compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The Acid Test ratio disregards current assets that are difficult to liquidate quickly such as inventory. Within the SPDS, the bidder should state their Acid Test ratio score (using the calculation above) for their most recent financial year where fully audited accounts are available. - Bidders who fail to provide a response to this question or fail to achieve an Acid Test ratio score of 1.00 or above within their Tender may be assessed as a FAIL and be excluded from the Procurement. - SPD (Scotland) 4B.5 - Within the SPDS, bidder's should confirm whether or not they: -have the required minimum levels of insurance, -do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the contract, -do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance, or -are exempt from requiring the minimum levels of insurance required by the Council. Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance may be assessed as a FAIL and be excluded from the Procurement. - Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability: 4C.1,4C.1.1,4C.6,4C.10 and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards - 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2. Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1.1 and 4D.2.1 are set out in full in the SPDS and the SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.",
                    "minimum": "4C.1 Bidders should provide a minimum of three (3) examples, at least one example shall be completed through final defects, of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, duration and complexity of these services. Bidders must achieve an overall combined minimum score requirement of 70. - Bidders unable to meet the minimum requirements for 4C.1 and who fail to achieve an overall score of 70 will be assessed as a FAIL and will be excluded from the competition. - 4C.6 Bidders will be required to confirm and provide proof that at least one of their employees has the following relevant educational and professional qualifications: PWTAG / Pool Plant Operators certification. - Bidders identified for appointment to the contract will be required to provide evidence i.e. copies of professional certification / accreditation that demonstrates they meet the minimum requirements applied. - Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. - 4D.1 Quality Assurance and Health & Safety. Bidders unable to meet the minimum requirements for all of SPDS Section 4D.1 will be assessed as a FAIL and will be excluded from the competition. - 4D.2 Environmental Management Systems. Bidders unable to meet the minimum requirements for all of SPDS Section 4D.2 will be assessed as a FAIL and will be excluded from the competition. - 4D.2.1 - as per SPDS - 4D.2.2 If the relevant documentation is available electronically, please indicate. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1, 4D.1.1, - 4D.2 and 4D.2.1. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1, 4D.1.1, 4D.2 and 4D.2.1 will be assessed as a FAIL and will be excluded from the competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The Invitation to Tender documentation contains the relevant contract performance conditions and requirements",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-01-17T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2024-01-17T12:00:00Z"
        },
        "bidOpening": {
            "date": "2024-01-17T12:00:00Z",
            "address": {
                "streetAddress": "Via Public Contract Scotland e-tendering system."
            },
            "description": "Procurement professional employed by North Lanarkshire Council"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2026 if extension periods ARE utilised or 2025 if extension periods are NOT utilised"
        },
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
    },
    "parties": [
        {
            "id": "GB-FTS-689",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698403876",
                "email": "contractstrategy@northlan.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-26938",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-41519",
            "name": "Aquateq Pools Ltd",
            "identifier": {
                "legalName": "Aquateq Pools Ltd"
            },
            "address": {
                "streetAddress": "Unit R7 100 Borron Street, Port Dundas",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 9XG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1416481820"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-115928",
            "name": "Aquateq Pools Ltd",
            "identifier": {
                "legalName": "Aquateq Pools Ltd"
            },
            "address": {
                "streetAddress": "Unit 13 Tollpark Road, Wardpark Industrial Estate",
                "locality": "Cumbernauld",
                "region": "UKM84",
                "postalCode": "G68 0LW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1416481820"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000749654"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "009416-2023-HO PM 22 113 / NLC-SLP-22-109-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-41519",
                    "name": "Aquateq Pools Ltd"
                }
            ]
        },
        {
            "id": "018182-2024-HO PM 23 084 / NLC-SLP-23-100-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115928",
                    "name": "Aquateq Pools Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "009416-2023-HO PM 22 113 / NLC-SLP-22-109-1",
            "awardID": "009416-2023-HO PM 22 113 / NLC-SLP-22-109-1",
            "status": "active",
            "value": {
                "amount": 350000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-14T00:00:00Z"
        },
        {
            "id": "018182-2024-HO PM 23 084 / NLC-SLP-23-100-1",
            "awardID": "018182-2024-HO PM 23 084 / NLC-SLP-23-100-1",
            "status": "active",
            "value": {
                "amount": 350000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-02T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}